ROAD COMMISSION FOR IONIA COUNTY

Similar documents
ROAD COMMISSION FOR IONIA COUNTY

ROAD COMMISSION FOR IONIA COUNTY

ROAD COMMISSION FOR IONIA COUNTY

ROAD COMMISSION FOR IONIA COUNTY

ROAD COMMISSION FOR IONIA COUNTY

ROAD COMMISSION FOR IONIA COUNTY

ROAD COMMISSION FOR IONIA COUNTY

ROAD COMMISSION FOR IONIA COUNTY

NOTICE TO BIDDERS CONCRETE CONSTRUCTION

ROAD COMMISSION FOR IONIA COUNTY

ROAD COMMISSION FOR IONIA COUNTY

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed

BERRIEN COUNTY ROAD COMMISSION

BERRIEN COUNTY ROAD DEPARTMENT PROPOSAL AND SPECIFICATION FOR

BERRIEN COUNTY ROAD COMMISSION PROPOSAL AND SPECIFICATION FOR AGGREGATE BASE COURSE 6.75 MILES IN BERRIEN COUNTY

BERRIEN COUNTY ROAD COMMISSION

mason county road commission

OPTION A: 2 BITUMINOUS PAVING WITH SHOULDERS OPTION B: SCRATCH COURSE BITUMINOUS PAVING WITHOUT SHOULDERS

NOTICE TO BIDDERS H.M.A. PAVING

BERRIEN COUNTY ROAD COMMISSION

ROAD COMMISSION FOR IONIA COUNTY

BERRIEN COUNTY ROAD DEPARTMENT

PROPOSAL FOR 2017 MINERAL WELL BRINE

BERRIEN COUNTY ROAD DEPARTMENT PROPOSAL AND SPECIFICATION FOR AGGREGATE BASE COURSE MILES

PROPOSAL FOR CONTRACTOR EQUIPMENT RENTAL SERVICES WITH AND WITHOUT OPERATOR, OUR JOB SITE

INVITATION PLEASE REFER TO BID NO TO BID

PROPOSAL FOR STREET SWEEPING SERVICES

PROPOSAL FOR LIQUID CALCIUM CHLORIDE

BERRIEN COUNTY ROAD COMMISSION PROPOSAL AND SPECIFICATION FOR COMMUNITY HALL ROAD GUARDRAIL NEW BUFFALO TOWNSHIP

EQUIPMENT WITH OPERATOR P R O P O S A L F O R M. Due Date: April 21, :00 am. MITN Code: 97535

BERRIEN COUNTY ROAD COMMISSION PROPOSAL AND SPECIFICATION FOR EUCLID AVENUE RECONSTRUCT PROJECT NO BENTON TOWNSHIP

PROPOSAL FOR 2019 MINERAL WELL BRINE

BERRIEN COUNTY ROAD COMMISSION

NOTICE TO BIDDERS. Specifications and bidding blanks may be obtained at the Road Commission office at the above address.

Gladwin County Road Commission 2016 Hot Mix Asphalt (HMA) Paving. Page 1 of 5

BOARD OF COUNTY ROAD COMMISSIONERS OF THE COUNTY OF ST. CLAIR PROPOSAL FOR NEW FUELING FACILITY AT CAPAC WAREHOUSE

BERRIEN COUNTY ROAD COMMISSION

BIDS WILL BE OPENED AT 1:00 p.m., local prevailing time, WEDNESDAY, FEBRUARY 4, 2015.

PROPOSAL AND SPECIFICATIONS FOR FURNISH, HAULING AND SPREADING PROCESSED ROAD GRAVEL

P R O P O S A L F O R M

BERRIEN COUNTY ROAD COMMISSION

Great Parks of Hamilton County Mulching Landscape Beds and Tree Rings Request for Proposal February 1, 2019

PROPOSAL FOR 2017 ASPHALT EMULSIONS

BIDS WILL BE OPENED AT 1:00 p.m., local prevailing time, WEDNESDAY, MARCH 13, 2019.

Village of Fife Lake 616 Bates/Box 298 Fife Lake, MI Phone: (231) Fax: (231)

NOTICE TO BIDDERS. Specifications and bidding blanks may be obtained at the Road Commission office at the above address.

CALUMET COUNTY HIGHWAY DEPARTMENT

GRAND TRAVERSE COUNTY ROAD COMMISSION

CHARTER TOWNSHIP OF WEST BLOOMFIELD INVITATION TO BID WEST BLOOMFIELD, FACILITY OPERATIONS

CHARLEVOIX COUNTY CHARLEVOIX COUNTY ROAD COMMISSION Ellis Road Gravel Project Evangeline Township

MIDLAND COUNTY REQUEST FOR PROPOSAL JUVENILE CARE CENTER PHYSICIAN

mason county road commission

ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B. Mowing services for the Gratiot Community Airport

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018

COUNTY OF COLE JEFFERSON CITY, MISSOURI

PROPOSAL AND SPECIFICATIONS FOR FURNISH, HAULING AND SPREADING PROCESSED ROAD GRAVEL

SPECIFICATIONS AND CONTRACT DOCUMENTS CITY OF JASPER PROJECT NO ASPHALT PAVING PROJECT

LAPEER COUNTY ROAD COMMISSION ANNUAL BID BITUMINOUS SURFACE TREATMENT

REQUEST FOR PROPOSAL (RFP) PW CONCRETE SIDEWALK REPLACEMENT 370 LINEAR FEET WITHIN THE VILLAGE OF PORTLAND

REQUEST FOR QUOTATION

PROPOSAL AND SPECIFICATIONS FOR PAVEMENT MARKING COUNTY PRIMARY ROADS CITY OF ALLEGAN MARCH 21, 2018

2017 TRAIL PAVING TENDER DOCUMENT FOR. THE MUNICIPALITY DISTRICT OF BONNYVILLE No. 87

PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS. 4. Patriot Park Concession Operation Agreement between Park Board and Contractor

MACOMB COUNTY DEPARTMENT OF ROADS

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018

HCG PURCHASING CO-OP INVITATION TO BID

REQUEST FOR BIDS MILLING AND RESURFACING CITY OF SANDERSVILLE

PROPOSAL BITUMINOUS ASPHALT CONCRETE NON-CAPITAL PROJECTS PAVING

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT)

THE ROAD COMMISSION FOR IONIA COUNTY

The City of Roanoke is currently soliciting bid proposals for fire lane striping for all City owned facilities with fire lanes.

CONTRACT SPECIFICATIONS/AGREEMENT FOR TRANSPORTATION AND DISPOSAL OF TIRES FOR TOWN OF PHIPPSBURG, MAINE SOLID WASTE TRANSFER STATION

CITY OF NIAGARA FALLS, NEW YORK

BERRIEN COUNTY ROAD DEPARTMENT PROPOSAL AND SPECIFICATION FOR WEE-CHIK ROAD GUARDRAIL

Notice to Bidders. Bid # : 22A/23A GRAVEL - COMPACTED IN PLACE

Evaluation Criteria. Proposals for Armored Car Services will be evaluated for: 1. Ability to meet specifications 2. References 3.

PROPOSAL FOR MILDRED AVENUE SPECIAL ASSESSMENT DISTRICT BEDFORD TOWNSHIP MONROE COUNTY, MICHIGAN

REQUEST FOR PROPOSAL (RFP) PW CONCRETE SIDEWALK REPLACEMENT 370 LINEAR FEET WITHIN THE VILLAGE OF PORTLAND

CITIES OF BOYNE CITY AND CHARLEVOIX. INVITATION TO BID Pavement Marking Services

Manistee County Road Commission Bid Forms and Requirements for Manistee County 2019 Local County-wide HMA Wedging and Chip Sealing for Various Roads

SPECIFICATIONS AND CONTRACT DOCUMENTS CITY OF JASPER PROJECT NO ASPHALT PAVING PROJECT

TOWN OF HOPKINTON WINTER SAND. Town of Hopkinton Department of Public Works 395 Woodville Road Hopkinton, Rhode Island 02833

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f

CITY OF NIAGARA FALLS, NEW YORK

County of Gillespie. Bid Package for CONCRETE. Bid No November 2018

REQUEST FOR QUOTATION SUBMIT BID TO PURCHASING DIVISION SHAWNEE COUNTY COURTHOUSE Room 201 Topeka, Kansas THIS IS NOT AN ORDER

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) North Miner s Cove Parking Lot Repair. RFQ No. E15-095

(I) (We) understand that any alteration/strike out of the Contract/Bidding Requirements or Special Provisions pages will void my bid.

REQUEST FOR BID North Fraser Street Georgetown, SC Contact: Daniella Howard, Purchasing Agent Phone:

Request for Proposal (RFP) For Installing Concrete Curb and Gutter 2014 Construction Season

Proposal No:

Request for Proposal (RFP) For 2014 Liquid Asphalt Materials

TRENCH PERMIT. CITY OF SOMERSWORTH NH 18 Lilac Lane - (603) Please Fax at (603) Date: Permit# Dig Safe # Fee = $70.

SOUTH PORTLAND SCHOOL DEPARTMENT Invitation to Bid MSA SCHOOL FENCING CONTRACTOR

The Municipality of Southwest Middlesex Tender Description: Supply and Placement of Road Granular Materials Closing Date: March 14, 2018

Champaign Park District: Request for Bids for Playground Surfacing Mulch

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas

MERAMEC VALLEY R-III SCHOOL DISTRICT 126 North Payne Street Pacific, MO REQUEST FOR PROPOSAL #2 FUEL OIL

GUADALUPE COUNTY INVITATION FOR BIDS FLEXIBLE BASE MATERIALS AND ASPHALTIC MATERIALS BID OPENING DATE: 2 PM TUESDAY, DECEMBER 14, 2010

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

Transcription:

ROAD COMMISSION FOR IONIA COUNTY 170 E. Riverside Drive P.O. Box 76 Ionia, Michigan 48846 Phone (616) 527-1700 Fax (616) 527-8848 CHARLES G. MINKLEY WILLIAM E. WEISGERBER KENNETH L. GASPER ALBERT A. ALMY KAREN D. BOTA Commissioner Commissioner Commissioner Commissioner Commissioner DOROTHY G. POHL, CPA Managing Director PAUL A. SPITZLEY, P.E. County Highway Engineer NOTICE TO BIDDERS Sealed bids will be received by the Board of Ionia County Road Commissioners until 9:00 a.m. on Wednesday, April 20 th, 2016, at which time they will be publicly opened and read in the Commission offices for the following: Contract #16 17 HMA Paving The contractor shall certify that all materials and equipment meet current Michigan Department of Transportation specifications. All bids will meet or exceed the specifications established by the Ionia County Road Commission and/or the Michigan Department of Transportation. Further information upon which bids shall be based is available at the road commission office; phone (616) 527 1700 or www.ioniacountyroads.org on the Doing Business page. The bid form is to be returned in a sealed envelope and plainly marked Sealed Bid for Contract # 16 17 HMA Paving and shall include the name and address of the bidder. The Ionia County Road Commission and/or Michigan Department of Transportation reserves the right to reject any and all proposals or to waive irregularities therein, and to accept any proposals which, in their opinion, may be most advantageous and in the best interest of the Ionia County Road Commission and the Michigan Department of Transportation. BOARD OF COUNTY ROAD COMMISSIONERS IONIA COUNTY, MICHIGAN Albert A. Almy Chairman Karen D. Bota Vice Chairman Charles G. Minkley Member Kenneth L. Gasper Member William E. Weisgerber Member www.ioniacountyroads.org

BOARD OF COUNTY ROAD COMMISSIONERS Of the County of Ionia INSTRUCTIONS TO BIDDERS Sealed bids will be publicly opened at the offices of the Board of County Road Commissioners of the County of Ionia, State of Michigan, located at 170 E. Riverside Drive, Ionia, MI 48846. Refer to the NOTICE TO BIDDERS for the exact timing and for the identification of the bids as related to furnishing materials, services, equipment, work and/or supplies with the terms, conditions, specifications, drawings, plans and special provisions as stated herein and hereto attached. The Board s normal practice is to open and read the bids then refer the file to staff for tabulation and analysis. During this period, bid files are closed and will remain closed until presented to the Board of County Road Commissioners at their next regular meeting. Notifications of award, pending award, or other outcome, will be made in writing. The bid tabulation will accompany award, as is customary for item bid, or may be requested by phone at (616) 527 1700. 1. All bids must be submitted on the Board s blank form when provided. The bid shall be legibly prepared in ink or typewriter. Erasures or alterations must be initialed by the bidder. 2. Specifications and plans should not be returned unless otherwise stated herein. 3. Bid shall be in a sealed envelope and identified on the outside as to the bid concerned. Bids shall be mailed or delivered. Bids will NOT be accepted by fax or email. 4. Bids will not be accepted after the time designated for the opening of the bids. The bidder shall assume full responsibility for delivery of bids prior to the appointed hour for opening same and shall assume the risk of late delivery or non delivery regardless of the manner employed for the transmission thereof. Bids will be accepted at the Road Commission office on behalf of the Board at any time during normal business hours only, said hours being 7:30 a.m. to 4:00 p.m., Monday through Friday, with the exception of legal holidays. 5. It is understood that the Board of County Road Commissioners is a governmental unit and as such, is exempt from the payment of all State and Federal taxes, except as allowed by the regulatory agencies to be included in the cost of materials and services. 6. The bidder, by execution of the bid form, thereby declares that the bid is made without collusion with any other person, firm or corporation and agrees to furnish all bid items in strict adherence with all Federal regulatory measures. 7. The Board reserves the right to reject any and all bids, to waive any irregularities therein, and to accept any bid which, in the opinion of the Board, may be most advantageous and to the best interest of the County. In case of error in the extension of prices in the bid or other arithmetical error, the unit prices will govern.

8. Insurance Requirements: Upon request or notification of award, and prior to execution of the contract, the contractor shall have fourteen (14) days to submit to the Ionia County Road Commission a completed copy of the Certificate of Liability Insurance as evidence of the following specific requirements: A. Indemnification: The contractor shall save harmless and indemnify Michigan Department of Transportation and the Ionia County Road Commission as well as their officers, agents and employees, against all claims for damages to public or private property and for injuries to persons arising out of and during the progress and to the completion of the work all in accordance with the current Michigan Department of Transportation Standard Specifications for Construction, section number 107.10. 1. CERTIFICATE HOLDER block shall read: Ionia County Road Commission, 170 E. Riverside Drive, PO Box 76, Ionia, Michigan 48846. 2. DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS block shall read: Additional Insured: The Michigan Department of Transportation and the Board of County Road Commissioners for Ionia County, the Ionia County Road Commission and its officers, agents and employees. B. Worker s Compensation Insurance: The contractor shall carry Worker s Compensation Insurance of not less than the Statutory Limit. C. Bodily Injury and Property Damage: The contractor, will afford protection against all claims for damages to public or private property, and injuries to persons, arising out of and during the progress of the work, and to its completion and, where specified in the proposal, similar insurance to protect the owner of premises on or near which construction operations are to be performed. 1. Bodily Injury and Property Damage Other Than Automobile. Unless otherwise specifically required by special provisions in the proposal, the minimum limits of property damage and bodily injury liability covering each contract will be: Bodily Injury and Property Damage Liability: Each Occurrence:... $1,000,000 Aggregate... $2,000,000 The Insurance will include, but not be limited to coverage for: a. Underground damage to facilities due to drilling and excavating with mechanical equipment, and b. Collapse or structural injury to structures due to blasting or explosion, excavation, tunneling, pile driving, cofferdam work, or building moving or demolition. 2. Bodily Injury and Property Damage Liability Automobile. Unless otherwise specifically required by special provision, the minimum limits of bodily injury liability and property damage liability shall be: Bodily Injury Liability: Each Person:... $500,000 Each Occurrence... $1,000,000 Property Damage Liability: Each Occurrence... $1,000,000 Combined Single Limit for Bodily Injury and Property Damage Liability: Each Occurrence... $2,000,00

Comprehensive General Liability Insurance naming the MDOT and Ionia County Road Commission, its commissioners, officers, agents and employees as Additional Insured is required as shown above. This policy shall also include coverage for product liability and completed operations, and bodily or property damage due to perils of explosion, collapse and underground hazards, X, C, and U. The completed certificate shall provide the name of the insurance company and its address, phone number, and fax number, in addition to the policy numbers, policy periods, policy descriptions, and signature of the insurance agent. D. Owner s Protective Public Liability Insurance: In the alternative to the previous section, the contractor shall provide for and in behalf of the Ionia County Road Commission, its commissioners, officials, agents and employees, and all agencies specifically named below, and their employees, a policy for Owner s Protective Public Liability Insurance. Such insurance shall provide coverage and limits the same as the Contractor s Public Liability Insurance. The agencies specifically named are the Michigan Department of Transportation, the Ionia County Road Commission and the Board of Ionia County Road Commissioners. 9. Cancellation of Contract Provisions: The Ionia County Road Commission shall have the right to cancel the contract for non performance, should an inspection by the designated representative reveal that the contractor s work results in any non acceptable maintenance condition of one or all specified areas. The designated representative at the time of the first circumstance shall call for a meeting with the contractor and issue a written warning of possible contract termination should the condition continue. If the condition should repeat for a second time, written notice of termination shall be sent. 10. Presumption upon Receipt of Bid: Submission of bid will be construed as a conclusive presumption that the contractor is thoroughly familiar with the bid requirements and specifications and that he/she understands and agrees to abide by each and all stipulations and requirements contained therein. 11. Contractor and Contractor s Subcontractor: Neither the Contractor nor his/her subcontractors shall discriminate against any employee or applicant for employment, to be employed in the performance of this contract, with respect to his/her hire, tenure, terms, conditions or privileges of employment because of his/her race, color, religion, national origin, or ancestry. Breach of this covenant may be regarded as a material breach of this contract.

Specifications for Contract # 16 17 HMA Paving It is the intent of the Ionia County Road Commission (ICRC) to contract for HMA Paving, HMA Base Crushing and Shaping, Cold Milling HMA Surface, and Traffic Control on state trunk lines, county primary and local roads in Ionia County for the county calendar year. This work shall be done in accordance with Sections 305 and 501 of the MDOT 2012 Standard Specifications for Construction unless herein modified. A. Description The Contractor shall provide all materials, labor, and equipment necessary to perform the HMA re surfacing items on various roads in Ionia County. This contract may be increased or decreased as need by the ICRC throughout the 2016 construction season. The ICRC s maintenance contract with the MDOT could greatly increase the quantities within this project if approved later in the season. B. Materials 1. Wedging The HMA, 36A shall have a varying yield (wedging) of 0 to 220 pounds per square yard on the top courses the varies sites that include the paving. 2. HMA Paving The HMA, 3C shall have a yield of 275 pounds per square yard on base courses. The HMA, 4C shall have a yield of 165 pounds per square yard on top courses. 3. HMA Approach HMA, 4C mix shall be used for all driveway approaches. All driveway approaches shall have a yield of 220 pounds per square yard. 4. Mix Criteria Target air voids for this project have been changed to 3%. RAP maximum for this project will be 15%. Target bitumen shall be 6.6% with a minimum of 6.3% for HMA, 36A. Target bitumen shall be 5.8% with a minimum of 5.5% for HMA, 3C and 4C. The Performance Grade binder range for the HMA, 36A and 4C mixtures shall be PG 64 22. The Performance Grade binder range for the HMA, 3C mixture shall be PG 58 28. The Aggregate Wear Index (AWI) for the top course shall be 260, minimum. The Bond Coat material shall be per Section 501.02. The uniform rate of application between courses shall be 0.05 to 0.15 gallons per square yard, as directed by the Engineer. 5. Testing, Tolerances, and Penalties. The ICRC will perform extraction and mechanical analysis tests at a rate of approximately

every 1,000 tons of a particular mix provided. Testing will be performed by an independent, qualified, testing consultant. Samples will be taken, at random, from behind the truck of the site delivered mix. The tolerance for bitumen content shall be 0.3% and +0.5% of target. For every 0.1% above or below the tolerance, the penalty will be $5.00 per ton of the respective as bid unit price. The tolerance for particle size and crush content discrepancies shall be per Table 504 2 of the 2012 MDOT Standard Specifications for Construction. For every 1% above or below the tolerance, the penalty will be $5.00 per ton of the respective as bid unit price. Penalties will be enforced after 2 consecutive failed extraction and/or mechanical analysis tests for any one mix type. C. Construction 1. Traffic Control Where lane closures are needed, traffic shall be maintained per MDOT typical detail M0140a or an ICRC approved alternative. Road closures will only occur on crush and shape projects and will be signed by others. Each individual site will be paid for separately as the item, Traffic Control, per each. 2. Cold Milling HMA Surface Locations to be marked out by ICRC. Lengths will be a minimum of 50 feet. Widths will be a minimum of 12 feet. All recycled asphalt within this contract is to be delivered to the nearest ICRC stock pile location. The ICRC will notify the contractor of this location prior to construction. 3. HMA Base Crushing and Shaping Existing HMA thickness will range from 3 to 8 inches. A rubber tired roller shall be used to achieve compaction to 98% of the maximum unit weight of the crushed material. Some locations may have significant local traffic, the contractor is to monitor finished grade and repair traffic damaged areas as needed. Provide dust control as directed by the ICRC. Repair and dust control efforts are to be included within the HMA Base Crushing and Shaping item. 4. Wedging Wedging will be performed on locations marked out by the ICRC. These locations will vary 50 to 500 in length, 0 to 15 in width, and 0 220 pounds per square yard in yield. The Contractor is to notify the ICRC prior to the any placement of HMA is anticipated tonnage is over 10% of estimated quantity. Overage beyond 10% will not be paid for by the ICRC

without written consent. 5. HMA Paving Base and Top Courses Paving will be performed on location marked out by the ICRC. The paving of all road approaches shall be considered under these mainline paving items. The Contractor is to notify the ICRC prior to the any placement of HMA is anticipated tonnage is over 10% of estimated quantity. Overage beyond 10% will not be paid for by the ICRC without written consent. 6. HMA Valley Gutter Valley gutter shall be constructed in areas designated by the ICRC. Valley gutter shall have a height of 4 inches and a width of 2 feet from the gutter line to the edge of asphalt. Valley gutter will not be a separate pay item. The tonnage used to construct valley gutter will be paid for at the as bid unit price for under the respective HMA item per ton. 7. HMA Spillway HMA spillways shall be constructed in areas designated by the ICRC. Spillways shall be hand placed at the direction of the ICRC. Size of spillways will vary from 2 7 square yards. HMA spillways will be paid for per the as bid unit price for each location. The tonnage of asphalt used in each spillway will be included in the mainline paving tonnage. 8. HMA Approach (driveways) HMA approaches shall be paved per the direction of the ICRC after all mainline paving work has been completed. D. Method of Payment All associated materials, labor, and equipment necessary to complete the work for each respective item as specified herein shall be paid for at the as bid unit price below: Pay Item Traffic Control Cold Milling HMA Surface HMA Base Crushing and Shaping HMA, 36A (wedging) HMA, 3C HMA, 4C HMA Spillway HMA Approach (driveways) Pay Unit Each (Site) Square Yard Square Yard Ton Ton Ton Each Ton

E. Locations and Quantities: Some paving locations can be identified at this time. The contractor is to note that there does exist the potential to add locations and quantity to this contract if needed by the ICRC. The known locations are: 1 Divine Hwy 1 Ea Traffic Control From David Hwy to Marsalle Rd 41,350 Syd HMA Base Crushing and Shaping 5,573 Ton HMA, 3C 3,344 Ton HMA, 4C 12 Ea HMA Spillway 20 Ton HMA Approach 2 Repik Alley 1 Ea Traffic Control From Yeomans to Hackett 500 Syd HMA Base Crushing and Shaping 90 Ton HMA, 36A (2 course overlay) 3 Ellison Road 1 Ea Traffic Control From Chickering Rd to Graff Rd 36 Ton HMA, 36A (wedging) 4 locations 4 Johnson Road 1 Ea Traffic Control From Potters Rd to M 21 200 Ton HMA, 36A (wedging) 10 locations 5 Hardendorfs Subdivision 1 Ea Traffic Control From City Limits both N&S of M 21 80 Ton HMA, 36A (wedging) 10 locations 6 Hawley Hwy 1 Ea Traffic Control From Potters Rd to M 21 80 Ton HMA, 36A (wedging) 10 locations 7 Miriam Rd, Richmond Rd, and Feuerstein Rd 1 Ea Traffic Control From Krupp Rd to Potters Rd 170 Ton HMA, 36A (wedging) 22 locations

F. Schedule The contractor shall notify the ICRC 48 hours prior to any work being performed. All wedging shall begin no earlier than May 15 th, 2016 and be completed by June 30 th, 2016 All other items shall begin no earlier than May 15 th, 2016 and be completed by August 31 st, 2016. Failure to meet these deadlines will result in liquidated damages of $500 per calendar day until the project is complete. Questions concerning specifications may be directed to Paul Spitzley, County Highway Engineer at (616) 527 1700 or spitzleyp@ioniacountyroads.org.

Bid Form Contract # 16 17 HMA Paving Unit Price Total 7 Ea Traffic Control *4,000 Syd Cold Milling HMA Surface 41,850 Syd HMA Base Crushing and Shaping 656 Ton HMA, 36A (wedging) 5,573 Ton HMA, 3C 3,344 Ton HMA, 4C 12 Ea HMA Spillway 20 Ton HMA Approach Total *Assume a minimum of 4,000 square yards of cold milling if utilized. Note: Additional work, at the submitted unit prices, may be requested by the ICRC at a later date. Indemnification: Contractor agrees to hold harmless and indemnify the Michigan Department of Transportation and the Ionia County Road Commission as well as their officers, agents and employees, against all claims, suits, and judgments to which the commission, its commissioners, or employees may be subject and for all costs and actual attorney fees which may be incurred arising out of any injury to persons or damage to property, including property of the commission, whether due to negligence of the contractor or the joint negligence of the contractor and the commission, arising out of the work specified in this proposal, or in connection with work not authorized in this proposal, or resulting from failure to comply with the terms of this proposal. Contractor will not be obligated to indemnify the Ionia County Road Commission for any injury or property damage arising out of the sole negligence of the Ionia County Road Commission, its officers, agents, or employees. Authorized Signature Date Print Name / Title Phone Number Company Name Fax Number Address Cell Phone Number City, State, ZIP Email address